|
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1998 PSA#2136US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26
Federal Plaza, Rm 1843, New York, N.Y. 10278-0900 L -- NEW YORK HARBOR AREA TECHNICAL AND SCIENTIFIC SERVICE CONTRACT
SOL DACW51-98-R-0038 DUE 082798 POC Michael McHugh, 212-264-5995.
Services for indefinite delivery-type contract for professional
technical scientific and engineering support services associated with
dredging and dredged material disposal activities within the New Dork
District. This is an UNRESTRICTED procurement. A single-firm, fixed
price Indefinite Delivery Type Contract will be awarded. The term of
this contract will be for a base period of one year with an annual
option to renew for four consecutive years. Early exercise of an option
year is allowed before the expiration of the base contract period (or
preceding option period), only if the contract amount for the base
period (or preceding option period) has been exhausted or nearly
exhausted. There is an accumulated $5,000,000.00 limit per base period
and each option year. Individual delivery orders will not be subject
to either minimum or maximum limits. Location: The work assignments
will take place in broad scale regions of the near shore ocean/marine
environment of the New York Bight, New York Bight Apex and the inland
estuarine environment and surrounding waterways of The Port of New York
and New Jersey, inclusive of New York Harbor and adjacent waters within
an area currently encompassed by the U.S. Army Corps of Engineers,
North Atlantic Division. Scope of Services Required: The services to be
performed will consist of technical scientific and engineering support
for dredged material removal and disposal activities taking place
within specific areas previously described. These technical support
services will embody the performance of separate sets of tasks that
will include, but not be limited to, diverse oceanographic and
environmental studies in support of a comprehensive management and
monitoring program. These services will incorporate elements of
contemporary technologies and practices to address the responsible
regulation of dredging and disposal activities within the New York
District. Furthermore, the services will involve extensive coordination
and interaction with Federal, State and Local agencies and citizen and
environmental groups/organizations. In addition, a systematic field
measurement/monitoring program using accepted state-of-the-art
techniques at currently and formerly active dredged material disposal
sites and prospective open-water dredged material placement sites, will
be implemented. The program will consist of, but not be limited to,
specialized investigations in all fields of scientific (biological,
chemical, geological and physical) and engineering (ocean and
environmental) disciplines specifically related to the marine and
estuarine environment. Special Qualifications: The firm selected must:
1) be familiar with the U.S. Army Corps of Engineers Dredged Material
Program and the unique set of issues associated with the regulation,
operations and management of dredging and disposal activities in the
adjacent waters of the eastern United States and the geographic region
extending from Maine to Florida, 2) possess historical knowledge of
regional dredged material removal (i.e., dredging) and disposal
techniques and in-situ capping practices at EPA designated,
non-dispersive, ocean disposal sites regulated under the Marine
Protection, Research and Sanctuary's Act (1972), Sections 102 and 103,
and at open-water/aquatic disposal sites regulated under Section 404
of the Clean Water Act, 3) have sufficient staff and equipment to be
able to perform two delivery orders simultaneously. Proposals must list
both the types of field, laboratory and office equipment that will be
utilized to carry out an individual task. It must also clearly
demonstrate the firms ability to be able to collect, process/analyze
and present environmental and oceanographic data according to
predetermined specifications and standards. Horizontal and vertical
control of Second Order Class II are required for all field surveys.
Precision hydrographic surveys must conform to Class I standards.
Laboratory analysis will also conform to analytical QA/QC procedures as
prescribed in contemporary testing methodology. Laboratory must meet
EPA and COE, Missouri River Division, certification requirements.
Technical Capabilities Required: The firm selected must: 1) possess the
capability to undertake and maintain a field data acquisition program
involving electronically integrated systems to monitor the placement of
dredged material at open water and aquatic dredged material discharge
sites, 2) be able to routinely interface field collected data with a
shore-based computer system, 3) be familiar with relational database
systems and graphic user interfaces, 4) own or have immediate access to
a sediment profiler camera (REMOTS(r) or equivalent) and image
processing hardware and software which includes but is not limited to
the following types of outputs: digital statistical imagery, sediment
grain size, subsurface and infaunal analysis, 5) be capable of
producing, in hardcopy or electronic form, two and three dimensional
physiographic relief maps, sediment accumulation contoured difference
maps, contoured bathymetric survey maps (A and E size), horizontal
seafloor surficial sediment distribution data using digital side scan
sonar technology and vertical imaging data using digital sub-bottom
profiling, 6) be capable of collecting and storing all data
electronically, in CADD and/or GIS formats, and submitting both
products displayed in either hard maps or electronic data. Evaluation
Factors (in descending order of importance): Professional (i.e., Ph.D.
level scientists/P.E. level engineers) and staff qualifications
necessary for satisfactory performance of required services,
Specialized experience and technical competence in the type of work
required, Capacity (i.e., equipment and facilities) to accomplish the
work in the required time, Past performance on contracts with
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules. Small and
small disadvantaged firms are encouraged to participate as prime
contractors or as members of joint ventures with other small
businesses. All interested large firms are reminded that the successful
firm will be expected to place subcontracts to the maximum practicable
extent with small and small disadvantaged firms in accordance with
Public Law 95-507. If a large business firm is selected, a small
business subcontracting plan will be required prior to award.
Specifications will be available on or about 27 July 1998. Proposals
are due on or about 27 August 1998. The cost of the Plans and
Specifications package is $25.00 (NON-REFUNDABLE) and may be paid by
check or money order, payable to "USA, COE, NED, FAO". Parties
requesting the Plans and Specifications package must do so in writing,
stating the solicitation number or project name, complete company name
and street address (we will NOT deliver to P.O. boxes), telephone and
facsimile numbers (including area codes). Specifications may be
examined at the following locations: This office at 26 Federal Plaza,
Room 1831, New York, N.Y., Brown's Letters, 1167 McBride Ave., West
Paterson, N.J. 07424, and F.W Dodge, 148 Princeton-Hightstown Road,
Hightstown, N.J. 08520. Posted 07/10/98. (0191) Loren Data Corp. http://www.ld.com (SYN# 0054 19980714\L-0002.SOL)
L - Technical Representative Services Index Page
|
|